REAL PROPERTY-1 (RP-1) PROPERTY MANAGEMENT AND PROJECT DELIVERY
SERVICES (continued)
Solicitation number EP008-112560/C
Publication date
Closing date and time 2013/10/08 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: YES (MERX) Electronic Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: Yes Nature of Requirements: PLEASE NOTE THE FOLLOWING REQUEST FOR INFORMATION HAS BEEN AMENDED. REQUEST FOR INFORMATION (RFI) FOR REAL PROPERTY-1 (RP-1) - PROPERTY MANAGEMENT AND PROJECT DELIVERY SERVICES (FORMERLY KNOWN AS ALTERNATIVE FORMS OF DELIVERY (AFD)) FOR PUBLIC WORKS AND GOVERNMENT SERVICES CANADA FILE NO.: EP008-112560/C CONTRACTING AUTHORITY: Lisa Wong EMAIL ADDRESS: Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca TELEPHONE: 613-736-3058 THE FOLLOWING AMENDMENT IS TO EFFECT THE FOLLOWING CHANGE: INSERT: 1)the new closing date will be October 8, 2013 2) Insert the following Annex to the Request for Information: Annex O - Real Property 1 (RP-1) RFI AMD 012, Phase 7 Responses ----------------------------------------------------------------- ---------------------------------------------------------- NOTE TO POTENTIAL RP-1 BIDDERS Buyandsell.gc.ca/tenders - the next evolution of the Government Electronic Tendering service As of June 1, 2013 federal government bid solicitations (or tenders) previously posted on MERX are now published and available free of charge on a government of Canada Web site at Buyandsell.gc.ca/tenders. Therefore all further RP-1 RFI amendments and the future RP-1 Request for Proposal will be published on Buyandsell.gc.ca/tenders. The benefits Buyandsell.gc.ca is based on the principles of Open Government and presents procurement information in a way that is useful and easy to find. Standing offers, supply arrangements and contract history will be easily searched and downloaded along with tenders. Suppliers will be able to use the open data in value-added ways that meet their needs. They will also benefit from an authoritative source of federal government procurement information. NATURE OF A REQUEST FOR INFORMATION This is not a bid solicitation. This Request for Information (RFI) will not result in the award of any contract. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, the procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI. This RFI has excerpts that may or may not be used in the Request for Proposal (RFP) at a future date. SUMMARY Public Works and Government Services Canada (PWGSC) is one of the principal custodians of real property for the federal government. In 1998, the Department initiated a large-scale outsourcing of property management and project delivery services in approximately 250 office facilities across the country. This initiative was called Alternative Forms of Delivery (AFD). Based upon the success of the 1998 initiative, PWGSC repeated the exercise in 2004 and eight contracts were awarded nationally. Since 2004 the service delivery model has evolved to the point where leveraging the private sector is now considered the norm rather than an "alternative" way of delivering services. As a result, the next service delivery contracts will be called Real Property 1 - Property Management and Project Delivery Services (RP-1). The new name better reflects the operating reality and opens the door to the possible development of additional service delivery contracts as needs dictate. An initial RFI was posted on MERX December 20, 2010 requesting feedback from industry on 28 questions to inform of industry best practices and advice on key areas of the RP-1 such as the scope of the future RP-1 contracts, technical requirements, financial requirements, IMIT requirements and performance measurements. In February 2011, a team composed of a fairness monitor, Acquisition Branch (AB), Real Property Branch (RPB) and the Office of Small and Medium Enterprises (OSME) representatives held industry consultations in six cities (Edmonton, Vancouver, Halifax, Montreal, Toronto, and Ottawa) across Canada. From March to May 2011, industry association consultations were held. PURPOSE OF THIS REQUEST FOR INFORMATION The purpose of this solicitation is to extend the publication of RP-1 RFI No.2, which is to seek industry feedback on the RP-1 draft RFP content and provide relevant bidding information through phases (amendments) to this RFI. Respondents who wish to comment on any aspect of the draft RFP content provided and/or relevant bidding information are asked to please ensure they use specific references to the article numbers and paragraphs and address all comments directly to the Contracting Authority via email (Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca). PWGSC will consider all comments from industry in determining the final RFP. All comments are requested by the identified phase closing dates. Please note and comment on the following: PHASE 1 - Feedback was requested by: September 6, 2012 Phase 1 offered industry the opportunity to provide feedback on draft RP-1 documentation, including the: Security Requirement Checklist; Transition; Statement of Work table of contents; Insurance Requirements; and the Evolution of Acquired Services Framework for RP-1, which identified the key changes from AFD to RP-1. PHASE 2 - Consultation was held on December 13, 2012 Phase 2 requested a consultation with senior executives from companies that may be interested in submitting a proposal for the RP-1 requirement. The goal of the consultation session was to seek industry consensus on the following: Possible methods that would allow PWGSC to establish more than one contract for RP-1; Possible methods that would guarantee that PWGSC obtain more than one service provider; The duration that PWGSC should set for the base contract and any options; and, Possible approaches to sub-contracting that provide the greatest degree of transparency possible. PHASE 2 - Decisions resulting from consultation Pursuant to successful discussions with Industry on December 13, 2012, PWGSC incorporating many of the recommendations provided by Industry. PWGSC has decided to issue six contracts - one per PWGSC geographic region. There will be no limiting strategy imposed and contracts will be awarded to the bidder that presents best value in each contracted area potentially allowing up to six different service providers. The contracts will be for a seven-year base contract period with an option to extend the period by three additional two-year periods up to a total of thirteen years. PHASE 3 - Feedback was requested by March 5, 2013 Phase 3 offered industry the opportunity to provide feedback on draft RP-1 Request for Proposal, Statement of Work, Basis of Payment, Key Performance Indicators, Contract Deliverables Requirement List, and Information Management and Information Technology. Phase 3 requested a consultation with senior executives from companies that may be interested in submitting a proposal for the RP-1 requirement. The consultation was in a group setting with Director Generals of PWGSC and took place in the National Capital Area on February 20, 2013. The goal of the consultation session was to seek industry feedback on the following: Statement of Work; Basis of Payment; Key Performance Indicators;and, Information Management and Information Technology. PHASE 4 - Consultation was held on April 18, 2013 Phase 4 consultation offered Industry Association stakeholders the opportunity to provide feedback on a selected draft bid evaluation criterion and Statement of Work section under consideration for the RP-1 requirement. Phase 4 requested a consultation with senior representatives from Industry Associations. The consultation was held via teleconference with PWGSC on Thursday, April 18, 2013. The goal of the consultation session was to seek Industry Association feedback on sections of the Evaluation Criteria and the Statement of Work. PHASE 5 - Feedback was requested by May 14, 2013 Phase 5 PWGSC shared with industry the RP-1 draft Evaluation Criteria and list of references, legislation and policies. Industry had the opportunity to provide written feedback on the draft Evaluation Criteria. PHASE 6 - Feedback was requested by May 31, 2013 In Phase 6 PWGSC sought feedback from potential bidders for the future RP-1 Request for Proposal and the requirements for site visits. PWGSC also sought feedback on the draft RP-1 Evaluation Criteria. PHASE 7 - Feedback was requested by September 12, 2013 The first draft RP-1 Request for Proposal was issued on January 25, 2013. Phase 7 offered industry the opportunity to provide feedback on the latest version draft of the RP-1 Request for Proposal (RFP). COMPREHENSIVE LAND CLAIMS AGREEMENTS Some of the buildings included in RP-1 are located within Comprehensive Land Claims Agreement (CLCA) areas. The applicable CLCAs for these locations are detailed below: Quebec: James Bay and Northern Quebec Agreement - Inuit provisions: Kuujjuaq, Kangiqsujjuaq, Inukjuak Yukon: Kwanlin Dun First Nation Final Agreement: Whitehorse Ta'an Kwach'an Council Final Agreement : Whitehorse Northwest Territories: Tlicho Comprehensive Land Claims Agreement: Yellowknife, Behchoko, Wha Ti Inuvialuit Final Agreement: Aklavik, Inuvik, Paulatuk, Sachs Harbour, Tuktoyaktuk, Holman Gwich'in Comprehensive Land Claims Agreement: Aklavik, Inuvik, Fort McPherson Sahtu Dene and Metis Comprehensive Land Claims Agreement: Deline, Fort Good Hope, Norman Wells, Tulita, Colville Lake Nunavut Territory: Nunavut Land Claims Agreement This PWGSC office provides procurement services to the public in the official languages of Canada (English and French). Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Wong, Lisa
- Phone
- (613) 736-3058 ( )
- Fax
- (613) 736-3114
- Address
-
Sir Charles Tupper Building 4th Fl/
Édifice Sir Charles Tupper 4e étage
A-425-F
2720 Riverside Drive/
2720, promenade RiversideOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Access the Getting started page for details on how to bid, and more.